Year

CDC Federal Relay Services

Summary: CDC has a need for Relay Conference Captioning (RCC) and Video Remote Interpretation (VRI) services for a one-year base with four one-year options. The intent of this posting is to gauge the interest and capabilities of Small Businesses (SB) and other Small Disadvantaged Businesses (SDB) to perform the work. The CDC’s requirement will be released as a set-aside, and interested parties within a disadvantage group should respond in order to narrow the set-aside to the appropriate category of responsive vendors. CDC requires responses from at least three vendors in order to narrow the set-aside to a specific category. If no responses are received, the requirement will be released for full and open competition on GSA eBuy SIN 541930. At this time, the only response requested is an interest in and capability to perform the work described in the Draft Statement of Work (Attached) via attestation and eBuy Response. Please do not respond with a quote or other financial or technical information. A further requirement shall be released soliciting responses for technical and financial information. No award shall result from this posting.

Vehicle: PSS

RFP release date: 10/5/2021

Proposal due date: 10/11/2021

Related Attachments:

Read more

Independent Verification and Validation (IV&V) of the Immunization Gateway

Summary: This task order provides for an independent review and assessment of the Immunization Gateway requirements, specifications, design decisions, system architecture, hardware/software technology decisions, and other development life cycle decisions used to establish, operate, and maintain the existing Immunization Gateway infrastructure. Attached, please find: – RFQ 75D301-21-Q-74202 (Word and PDF) – Attachment 1, Performance Work Statement (Word and PDF) – Attachment 2, Estimated Level of Effort (Excel) – Attachment 3, Q&A for RFQ 75D301-21-Q-73690 (Word and PDF) Substantively the same requirement was previously solicited by CDC earlier this year under RFQ 75D301-21-Q-73690, but no award was made from that solicitation. A modified questions and answers document from that RFQ is provided here in Attachment 3 for reference. Please submit questions to pkf5@cdc.gov no later than October 7, 2021. The Government intends to answer questions as they are received. Please submit quotes either through GSA eBuy or by e-mail to pkf5@cdc.gov no later than November 3, 2021, at 5pm Eastern time.

Vehicle: IT 70

RFP release date: 9/24/2021

Proposal due date: 11/3/2021

Related Attachments:

Read more

Executive Order Support Services (EOSS) BPA

Summary: Request for Quotation (RFQ) to solicit for a five- year BPA and initial call order.

Vehicle: IT 70

RFP release date: 9/23/2021

Proposal due date: 10/14/2021

Related Attachments:

Read more

Ohio National Guard OMK Youth Specialist and Warrior Fitness Coordinator

Summary: This is a notice that this contract is a total set aside for a Small Business. Only quotes submitted by a Small Business will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. ***THIS NOT A NEW SOLICITATION FOR NEW POSITIONS*** This a re-issue of RFQ 1515535 OMK Youth Specialist and Warrior Fitness Coordinator for the Ohio Army National Guard that closed on 16 SEPT 2021. There are minor changes to the PWS that include travel as a reimbursable item. This contract will have a 12 month base year and four (4)12 month option periods. The Service Contract Act applies to this solicitation. Wage Determination WDOL 2015-4729 Revision No. 13 is attached and can be found at www.wdol.gov (Ohio-Franklin County). It is not the intent of the Government to enter into negotiations or discussions. It is incumbent upon the offeror to submit sufficient information for the Government to determine capability, satisfactory past performance, and price reasonableness. Failure to submit sufficient information may result in the rejection of your proposal. IAW FAR 52.212-2(a), the basis for award will be to the proposal that is determined to be the most advantageous to the Government based on the following criteria in order of importance: 1. Past Performance 2. Price Options will be evaluated IAW FAR 52.212(b). A total evaluated price will be calculated for each Offeror by adding the price for the base year, all option years. If the Government determines that adequate price competition was not obtained and/or if the total evaluated price cannot be deemed fair and reasonable, the Government reserves the right to request other than certified cost or pricing data to evaluate such data utilizing the proposal analysis techniques delineated in FAR 15.404-1 as deemed appropriate. IAW FAR 8.405-4, we request any discounts or applicable price reductions available based on the offerors schedule or MAS. Please see evaluation criteria attached to this RFQ. If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Questions are due no later than 4:00 pm EST 22 SEPT 2021. Clarifications must be in writing via email to paul.s.robinson.civ@mail.mil. No questions will be accepted by phone. A question/answer document will be posted in response to all timely questions asked by offerors. Proposals are due by 4:00 PM, EST, 24 SEPT 2021. Proposals should be submitted via GSA Ebuy. You may also email your proposals to paul.s.robinson6.civ@mail.mil. Faxed proposals will not be accepted. Offerors are encouraged to check the GSA Ebuy site often for changes and/or amendments to this RFQ.

Vehicle: PSS

RFP release date: 9/21/2021

Proposal due date: 9/24/2021

Related Attachments:

Read more

WRTCT LMS

Summary: 100% small business set aside. Please see attached PWS for you to reference requirements. Please attach product information as it regards this requirement. Important: Please not that this Request for Quote (RFQ) must conform to all requirements outlined in PWS and will be evaluated based upon the Best value to the Government. CLIN 1: Base Year: 24 September 2021 to 23 September 2022: Total_____

Vehicle: IT 70

RFP release date: 9/20/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

TopVue Renewal for PEO AVN

Summary: TopVue Software Renewal: U.S Army Program Executive Office Aviation (PEO AVN) CONTRACTING ACTIVITY: United States Army Contracting Command-Redstone, Space, Missile Defense& Special Programs (SMD/SP) Directorate, Operations and Weapon Services Division, Information Technologies Solutions Branch CCAM-CAD-B Attn: Adrian Pritchett, Building 5303, Martin Road, Redstone Arsenal, AL 35898 CONTRACT TYPE: Firm-Fixed-Price SET-ASIDE: None REQUIREMENT: TopVue Renewal Software. RFQ INSTRUCTIONS AND EVALUATION CRITERIA: In accordance with the terms of your GSA Federal Supply Schedule contract, you are requested to submit a firm-fixed price quote to provide the U.S Army Program Executive Office Aviation (PEO AVN): TopVue Software; TopVue Enterprise Licenses, TopVue Maintenance, TopVue Configuration Services and Training, in accordance with the Performance Work Statement (PWS) for one base year and two option years. The office is located at 5681 Wood Rd., Redstone Arsenal, AL 35898. Redstone Arsenal, AL 35898. The vendor’s quote shall contain a statement confirming that they meet the below listed criteria and are capable of fulfilling all requirements of the PWS. The Government may make award based on initial quotes received, without further interaction with vendors; therefore, the initial quote should contain the vendor’s best terms, including any volume discounts and/or reductions to the established rates or prices. This procurement is conducted in accordance with the procedures at FAR 13.106-1(b)(1). Questions will be accepted through 4:00pm EST, September 21, 2021. Questions submitted after the said date and time are not guaranteed an answer. Quotes shall be submitted via the GSA eBuy no later than 5:00pm EST, September 23, 2021. Quotes received after the required submission date and time will be rejected without further review. It is the vendor’s responsibility to read the RFQ and all related documents carefully and completely and to monitor for any updates to the RFQ on a regular basis. Additionally, it is the vendor’s responsibility to ensure/verify the Government receives its submission on or before the date/time specified. “No-bid” replies shall be submitted via the GSA eBuy and should include a brief statement as to why your company chose not to submit a quote on the subject requirement. Submission of “No-bid” replies are requested by no later than 5:00pm EST, September 21, 2021. A complete quote shall consist of the following: Quotes shall include all items, including brand name items, as specified in the Performance Work Statement and in the quantities specified. Quotes shall include delivery terms and conditions. Quotes shall include a unit price, quantity, and extended price for each item listed in the Performance Work Statement and a total price for all items. Quotes should identify any discounts and/or reductions to established rates or prices. BASIS OF AWARD: The Government intends to place an order with the schedule contractor representing the best value to the Government. Best value is the lowest price technically acceptable quote. The vendor shall be capable of meeting all requirements of the Performance Work Statement (PWS) labeled PEO AVN PWS for TopVue (attached). The Contractor shall guarantee total Government customer satisfaction. Adjectival Rating Description Acceptable Quote meets the requirements of the solicitation, including the minimum technical requirements. Unacceptable Quote does not meet the requirements of the solicitation, including the minimum technical requirements.

Vehicle: IT 70

RFP release date: 9/16/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

MACH Language Services

Summary: Martin Army Community Hospital (BMACH), located at Fort Benning, GA, requires medical records translation and interpretation services. This requirement is to obtain a firm fixed price base period and four option years. BMACH must provide information in a timely manner tailored to the patient’s age, language, and ability to understand. BMACH must provide information to the patient who has vision, speech, hearing, or cognitive impairments that require interpretation services in a manner that meets the patient’s needs. Many BMACH patients speak and/or read languages other than English; or are patients who have limited literacy in any language; or are patients who have visual or hearing impairments; or are patients on ventilators; or are patients with cognitive impairments; and have children. These services must be available to patients 24 hours per day, 7 days per week to include weekends and holidays. Patients often come to BMACH with their medical records written in a foreign language. Written translation of these medical documents into English is required for a complete patient medical record. The translated documents are filed in the patient’s medical records to assist their providers with the best possible healthcare. BMACH anticipates higher usage of virtual appointments in the upcoming fiscal year and will require interpretation services for patients that are contacted via phone for their medical appointments. These services must be available 24 hours a day, 7 days per week to include weekends and holidays. The requirement is an over the phone, written, video teleconferencing and American Sign Language services that provides for language translation and interpretation services 24 hours a day, 365 days a year. The estimated delivery date is 01 NOV 2021. The North American Industry Classification System (NAICS) code is 541930, Electronic Computer Manufacturing, which has a size standard of 1,250 employees. The Government is anticipating a Firm Fixed Price contract. Prospective offers are advised that if tentatively selected for award, they must register with the System for Award Management (SAM) (http://www.sam.gov) and obtain a Commercial and Government Entity (CAGE) code prior to any award being made. This solicitation will close on 20 September 2021 at 1:00 PM EST. Paper copies of this solicitation will not be physically issued, and telephone and faxed requests for the solicitation will not be honored. Submit your offer via email to the RFP with capability statement to cardova.d.hall.civ@mail.mil. Ensure you have all of the necessary information required for the preparation and submission of offers. Participant are urged to visit GSA eBuy frequently for any updates/amendments to any and all documents. Questions Deadline: 17 September 2021 @ 09:00 AM EST. MICC POC for this requirement is Mr. Cardova Hall, cardova.d..hall.civ@mail.mil, 706-545-1064 or Mr. Yewston N. Myers, yewston.n.myers.civ@mail.mil, 706-545-1322.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

Case Management Services for California National Guard

Summary: Quoters must follow the instructions contained herein. Quoters are cautioned that any noncompliance with the terms and conditions of the Request for Quote (RFQ) may cause their quote to be determined not eligible for award. Quotes must be received by the United States Property and Fiscal- California Manuel Jimenez manuel.a.jimenez12.civ@mail.mil no later than the date and time specified in Block 8 on the face page of the attached RFQ. To facilitate uniform handling and evaluation, submission of quote packages via electronic mail to manuel.a.jimenez12.civ@mail.mil is required with the Subject Line: W912LA21Q0016, Long Term Case Management, in addition to posting to GSA. Successful offeror will need to provide Medical and Dental Non-clinical Case Management (CM) in support of Individual Medical Readiness (IMR). This requirement is designed to be flexible, responsive, and meets the ever-evolving needs of the government. Department of Defense Instruction (DoDI) 6025.19 establishes aggressive quarterly and annual metric goals for the separate IMR elements and for the overall IMR category of Fully Medically Read (FMR) Soldiers. The service will primarily be performed in Sacramento, California with occasional travel to support Periodic Health Assessment (PHA), Soldier Readiness Processing (SRP) and Post Deployment Health Related Assessment (PDHRA) events. This procurement will be a one-year contract with two option years. This requirement is anticipated to result in a Firm Fixed-Price (FFP) contract.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/24/2021

Related Attachments:
No Bid

Read more

Administrative Business Support Services

Summary: Military Community and Family Policy Administrative – Business Operations Support Services The Office of the Deputy Assistant Secretary of Defense for Military Community and Family Policy (MC&FP) is directly responsible for programs and policies that empower and support our military community and family to thrive. The overarching vision for MC&FP is “A high performing, tenacious team…people focused, people centered, people always.” Military Community and Family Policy serves as the focal point for coordination of the broad range of quality of life promotion of services within the Department of Defense (DoD) that are mission focused, collaborative, flexible and people-centric. Specifically, MC&FP performs the following functions: – Provides a program delivery system for outreach to the military community (service members and their families, military leadership, civilian leadership, and supporting civilian organizations) which includes online resources, tools, communication and educational products to inform and assist the military community in connecting to appropriate support programs. – Provides policy and program oversight to ensure that military community quality of life programs are designed and executed to support the needs of the Defense mission. – Provides for family support policies and programs in such areas as family center support, child care, youth programs, family advocacy, special needs, relocation, and support during mobilization and deployment (including casualty affairs). – Establishes program policy for mission sustaining and basic community programs for Morale, Welfare and Recreation, Voluntary and Post-Secondary Education and coordinate services of non-profit agencies such as the Red Cross, Armed Services YMCA and the USO. – Engages and educates state policymakers, non-profit associations, concerned business interests, and other state leaders about the needs of military members and their families. – Coordinates DoD oversight of the Armed Forces Retirement Home Board. The contractor shall provide high level professional executive services that support the business operations for Assistant Secretary of Defense (ASD), MC&FP and ancillary DoD Agencies. Specifically the contractor shall provide management support, revisions and analysis, facilitation services support for high level forums and working groups, support policy meetings and provide logistical support in promotion of military members and family support programs. Contractor will employ current industry standards for the same while ensuring documentation preservation, specialized administration, and operational support. Performance Work Statement Military Community and Family Policy Administrative – Business Operations Support Services The Deputy Assistant Secretary of Defense for Military Community and Family Policy (MC&FP) continually seeks to provide cost effective, proficient and resourceful programs to address the needs of the military community. DoD programs primarily focus on proactively addressing matters that are particularly important to invigorate and support the military community. These various policy driven programs are specifically designed to empower the military community to thrive in a very dynamic and vigorous environment. Support for these programs has been challenging and it is important for MC&FP to keep up with industry standards while commissioning best practices, lessons learned, and economical and efficient implementation of services. Support for these programs and services are critical to developing the foundation of services members and their families. This requires detailed program management, project control and professional administration necessary to manage multiple types of programs for diversified government staff. This support will aid in processing requirements that impact processes, cost, quality and timely execution of necessary business operations. The application of expertise within processes that support management metrics will support achievement of program objectives. Period of Performance is from the date of award with one base year and four option years. The listed period of performance is estimated. Attachments: RFQ HDQMWR21Q0078 PPQ HDQMWR21Q0078

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

Program Manager Services

Summary: FY22 Program Manager Navy Medicine Operational Forces Medical Liaison FFP Contractor shall provide program management and support services, liaison and coordination, training, data analytics and system support services for the Naval Medical Center Portsmouth, Operational Forces Medical Liaison Department in accordance with Section C, Performance Work Statement. A 95% fill rate is required for this FTE. Contractor’s quoted monthly price shall be fully burdened and inclusive of all costs, i.e., labor, material, per diem, travel, and any other associated cost to provide the required services. Period of performance, Base Year: 01 October 2021 through 30 September 2022 Options for FY23, FY24, FY25, FY26 **SEE ATTACHED RFQ FOR FULL DETAILS OF THIS REQUIREMENT**

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com